Loading...
R-1017-1-91RESOLUTION NO. 1017-1-91(R) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ALLEN, COLLIN COUNTY, TEXAS, AUTHORIZING AMENDMENTS TO THE CITY'S SOLID WASTE CONTRACT WITH BROWNING -FERRIS INDUSTRIES OF MCKINNEY, TEXAS. WHEREAS, the City Council has voted in favor of becoming a member city of the North Texas Municipal Water District's (NTMWD) solid waste disposal system; and WHEREAS, NTMWD member cities pay NTMWD to landfill the solid wastes delivered to NTMWD facilities by the cities or their contractors; and WHEREAS, the City of Allen currently contracts with Browning-Ferris Industries (BFI) to collect and dispose of residential and commercial solid wastes; and WHEREAS, the City Council finds that the new relationship with NTMWD changes the City's operating relationship with BFI, such that the BFI contract should be amended to recognize this change; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ALLEN, TEXAS, THAT: SECTION 1. The contract between the City of Allen and Browning-Ferris Industries, Inc. shall be amended by the additions and deletions indicated in Exhibit "A," made a part hereof for all purposes. SECTION 2. The changes to this contract shall be effective February 1, 1991. DULY PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF ALLEN, COLLIN COUNTY, TEXAS, ON THIS THE 17TH DAY OF JANUARY, 1991. APPROVED: 'i2_t�+ ,�� 4� Jo6 Farmer, MAYOR ATTEST: Q-/224 J y M 'son, CITY SECRETARY CONTRACT THE STATE OF TEXAS $ § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF COLLIN $ WHEREAS, the City of Allen and Browning-Ferris Industries, Inc. agree that circumstances exist which create a need for changes in the nature of services provided by Browning-Ferris Industries, Inc. to the City; and WHEREAS, changes in services require amendments to their existing contract, originally dated and signed January 26, 1987, for solid waste collection; and WHEREAS, the entirety of the revised and amended contract appears below; NOW, THEREFORE,* the City of Allen, a municipal corporation of Collin County, Texas, hereinafter called "City," and Browning-Ferris Industries Inc., a wholly- owned subsidiary of Browning-Ferris Inc., of Collin County, Texas, hereinafter called "Contractor," do hereby covenant and agree as follows: 1. GRANT: For and in consideration of compliance by the Contractor with the covenants and conditions herein set forth, and the ordinances and regulations of the City governing the collection and disposal of refuse, the City hereby grants to the Contractor a permit to use public streets, alleys and thoroughfares within the corporate limits of the City for the purpose of engaging in the business of collecting and disposing of garbage, trash, brush and other solid waste. 2. TERM: This Agreement is to take effect and continue in full force and effect for a period of five (5) years, beginning on the first day of January, A.D. 1987. Beginning on the 1st day of January, A.D. 1992, and each succeeding January 1st for a period not to exceed five (5) years, the term of this Agreement shall automatically extend for an additional year; unless either party notifies the other party in writing, not less than 180 days prior to the expiration of the current term, of its intentions to terminate this Agreement. 3. NON -WAIVER OF POWERS: No one shall take or hold this contract to imply the relinquishment or waiver by the City of its power to make reasonable requirements or regulations, and the City hereby expressly reserves the right to make all regulations which may be necessary to secure properly, in the most ample manner, the safety, welfare and accommodation of the public including, among other things, the right to adopt and enforce regulations to protect and promote the health and general welfare of the public from danger and inconvenience in the management and operation of solid waste collection and disposal, and to provide such service as contemplated in this Contract. Solid Waste Contract Page 1 4. NON -WAIVER OF REGULATIONS: Nothing herein contained shall constitute a waiver of any laws or regulations heretofore adopted by the City, including the right to make such changes and amendments of said rules and regulations as said City may deem advisable and necessary to protect the public health and general welfare of its inhabitants. 5. SCOPE AND NATURE OF OPERATIONS: The City and Contractor expressly understand and agree that the Contractor shall collect and deliver for disposal all garbage, brush, bulky items, and other refuse (as defined in Article III, Section 6-51 of the Code of Ordinances, City of Allen, Texas, made a part hereof for all purposes) accumulated on premises within the corporate limits of the City, with the sole exception of hazardous wastes as defined by the United States Environmental Protection Agency or the Texas Department of Health. Contractor shall furnish, at his own expense, all personnel and equipment to collect refuse as described herein and will establish and maintain in an efficient and businesslike manner such daily routes and special schedules as may be necessary to fulfill the refuse requirements of the City, and the further provisions of this Agreement. The Contractor shall provide not less than the following prescribed type and level of services, to -wit: a. Residential Accounts: Contractor shall perform collection services at the premises of residential accounts held by the City and served by the Contractor, a minimum of two times per week (except where otherwise provided) for solid waste and brush, with two (2) full days between each collection at curbside or alleyside or other areas designated by the City. Said collection services shall begin no earlier than 7:00 a.m. and shall generally not continue past 6:00 p.m. No collection shall be made on Sunday. Further, Contractor shall provide the City a copy of maps indicating the routes or days of collection, approval of which shall not be unreasonably withheld. The City shall arrange prompt written or published notice of any approved changes in service to those affected residences. b. Special Collections: In addition to the scheduled collections, Contractor shall provide a special collection service for unusual accumulations (as defined in Article III, Section 6-51 of the Code of Ordinances, City of Allen, Texas). Contractor agrees upon request to collect such unusual accumulations after completing regular collections, and there shall be an additional fee for this service. C. Commercial Accounts: Contractor shall collect and remove solid waste from the premises of commercial, institutional and industrial customers at such times as requested (but no less than one (1) time per week) by the owner or person having control of such establishments, or as reasonably requested by the City. Contractor shall provide and owner or occupant shall purchase Collection service as often as necessary in order to maintain such premises free of accumulation of refuse. The City shall have the right to require alteration of service to any premises where unsightly or unsanitary conditions have resulted from inadequate containers or insufficient number of collections. Solid Waste Contract Page 2 d. Holidays: The following shall be holidays for the purposes of this contract: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. Contractor may decide to observe any or all of the above-mentioned holidays by omitting the services regularly scheduled for that day. e. Hauling: Contractor shall perform garbage collection by using sealed packer -type trucks and such equipment shall not be allowed to leak or scatter any waste within the city limits of the City nor while in route to the landfill or transfer station site where such garbage is dumped. Contractor shall perform special collections using appropriate equipment. Contractor shall, if necessary, hand clean all spillage resulting from its collection activities. Each truck shall carry a push broom and scoop -type for clean-up activities. Contractor is not required to clean up any spilled waste not created by its operation but shall report the location of such condition to the City so that the City may give proper notice to the occupant of the residence to contain refuse properly. f. Adverse Weather: The City Manager shall determine if and when weather or other uncontrollable conditions become so adverse that it is impossible to operate garbage and trash collection service for the City of Allen hereunder. g. Natural Disasters: The work under this Contract does not include the collection and disposal of any increased volume resulting from a flood, tornado or similar or different Act of God. In the event of such a flood, tornado, or other Act of God, the Contractor and the City will negotiate payment to the Contractor, if the Contractor and the City agree that the Contractor will collect such increased volume. Further, if the City and the Contractor reach such an agreement, then the City shall grant the Contractor variances in routes and schedules as deemed necessary by the City Manager. h. Point of Contact: Contractor shall direct all dealing and contact, etc. between the Contractor and the City to the City Manager or his or her designee. The City shall direct all dealings and contact, etc. with the Contractor to an officer within the Contractor's company approved by the City Manager. 6. VEHICLE COVER AND IDENTIFICATION. Contractor agrees to cover at all times while in transit all vehicles and equipment used for the collection and transportation of solid waste and brush to prevent the blowing and scattering of refuse onto the public streets or properties adjacent thereto. Contractor shall mark clearly such vehicles with the Contractor's name in letters not less than three (3) inches in height together with the phone number of the local office of the company (a toll-free phone number within the city limits of the City). In the event the City shall at any time require, the Contractor shall also assign to each of this vehicles a unique identifying number and shall mark the same upon said vehicles in figures not less than two inches (2") in height. Solid Waste Contract Page 3 7. REGULATION OF COMMERCIAL COLLECTION CONTAINERS. a. Contractor may provide containers for waste storage which shall be available upon request to the owner or occupant of the Contractor's commercial, institutional and industrial customers. All such containers shall meet construction specifications which are acceptable to the City, including, but not limited to, operable and suitable covers to prevent blowing or scattering of refuse or garbage while transported for disposal of their contents. Contractor agrees to maintain all such containers in good operation and appearance, such maintenance to include exchanging or refurbishing all containers at reasonable intervals, given the type of refuse generated and normal wear and tear, and at the Contractor's expense; however, customers shall be responsible for odor, insect and rodent control, and scattered waste in or about these containers. The City shall have the right to inspect Contractor's containers at any time to ensure the same are properly maintained, and the right to require Contractor to exchange any container for failure to maintain properly the same. All such containers shall be clearly marked with Contractor's name and telephone number in letters not less than two inches (2") in height. b. Setting of containers shall not be in conflict, with any City regulations or ordinances. The City and Contractor understand and agree that the Contractor will reimburse the owner of any premises where such waste containers are placed for any damage caused by the Contractor's employees to screening fences, buildings, gates and any improvements on such property other than surface pavement. 8. DISPOSAL OF REFUSE. The Contractor agrees to dispose of all solid waste collected within the city limits of the City at a sanitary landfill or transfer station operated by the North Texas Municipal Water District, hereinafter called the "District," or other landfill or transfer station approved in writing by the City Council of the City and permitted by the appropriate agency (or agencies) of the State of Texas. The City will be responsible for payment of all tipping fees charged by such landfill or transfer station, unless otherwise provided. The provisions of this section become effective February 1, 1991. 9. NON -COLLECTION; NOTICE AND FOLLOW-UP. The Contractor will adhere to the following: a. Notice to Occupant: Where the owner or occupant of any premises is maintaining improper or inadequate refuse containers or is otherwise in violation of the City's ordinances with respect to the location of the containers or the nature, volume or weight of refuse placed for removal from the premises, the Contractor shall refrain from collecting all or a portion of such refuse and will notify the owner or occupant thereof the same business day as the occurrence and the City as soon as reasonably possible, stating the reason for non -collection using a- standard identification tag approved by the City. Solid Waste Contract Page 4 b. Investigation: When an owner or occupant notifies the City that refuse has not been removed from his premises on the scheduled collection day and where the City has received no notice of non -collection or change in collection schedule from the Contractor, the City will'investigate the matter, and if the investigation discloses that the Contractor has failed to collect refuse from the premises without cause as supported by the notice as described herein, the Contractor shall collect the same within twenty-four (24) hours after the City has issued a collection order. C. Penalty: In the event the Contractor fails to collect refuse within twenty-four (24) hours after the proper issuance of a collection order, such failure shall constitute an act of non -collection, and the City may assess Contractor a penalty of Fifty Dollars ($50.00) by the City Manager for each act of non -collection. Acts of non -collection shall not constitute cause for revocation or termination by the City of this Agreement under Paragraph 13 hereof unless there have been at least ten (10) such acts within the calendar month. 10. COMPLAINT HANDLING BY THE CONTRACTOR. The Contractor shall, at his own expense, establish and maintain an office within the city limits of the City of Allen, the City of McKinney or the City of Plano, and shall keep said office open to the public during all normal business hours, and shall receive all complaints and other calls relating to refuse and trash collection service. The Contractor shall keep in said office sufficient listed telephones and personnel to receive and answer in a courteous, quick and expeditious manner all telephone and other calls to said office. The Contractor shall provide to the City Manager a telephone number with which the Contractor will receive calls during emergency situations. Contractor shall keep and maintain in said office a daily log of all service calls, which said log shall show the nature of the call, complaint or communication. The Contractor shall also maintain on a separate form approved by the City all complaints and the disposition of the complaint. City or its agents will also receive and service calls on behalf of the Contractor within twenty-four hours of the receipt of such complaints or service calls. 11. RATES. The City shall bill and collect all fees for single-family residential accounts, and multi -family residential accounts where the garbage is hand -collected and each occupant receives his or her own utility bill, in accordance with the rate or fee schedule attached hereto as Exhibit "A" and made a part hereof for all purposes. The Contractor shall bill and collect all fees for commercial and other multi -family accounts in accordance with .the afore- mentioned Exhibit "A". The Contractor's compensation for services rendered to accounts listed under "RESIDENTIAL" in Exhibit "A" shall be gross receipts less a percentage equal to the ratio of Four Dollars and Ninety -One Cents ($4.91) to the current single- family residential rate. The remaining gross receipts shall be retained by the City for franchise, billing and disposal charges. The City and Contractor expressly understand and agree that the City shall hold payments received by the City for sanitation service primarily for the purpose of paying the District for solid waste disposal, and that the City shall pay the Contractor for waste and Solid Waste Contract Page 5 brush, collection services from the excess of any such receipts only after satisying all amounts owed to the District. + For services rendered to accounts listed under "COMMERCIAL" in Exhibit "A", the Contractor will pay the City for the monthly waste tonnage deposited in NTMWD's facilities by the Contractor at the rate of $14.00 per ton, and an additional amount equal to 5% of all commercial billings. The City shall verify tonnage with the Contractor and the District on a monthly basis, and the Contractor shall make payment to the City by the 15th day of the month following the month for which the City has verified tonnage. The City shall also verify annual tonnage with the Contractor and the District at the close of each operating year of the District, and the City shall reconcile any payments due to the City by the Contractor or due to the Contractor by the City. Such reconciliation payment shall be made by the 15th day of the month following the end of the District's operating year. The City and Contractor expressly understand that the City reserves the right to regulate the charges made to its customers for garbage and trash collection and disposal service. The Contractor's compensation shall not be subject to change prior to October 1, 1991, nor thereafter more than once in any twelve (12) month period. The Contractor may request a compensation adjustment, in writing, no less than sixty (60) days prior to the proposed effective date of the request. The Contractor shall furnish evidence as to the need for any compensation adjustment. The City Council, upon investigation and consideration of the circumstances surrounding the request, may approve or deny the request, having due regard for such other factors as the City may deem relevant. In the event that the City and Contractor fail to reach a mutual agreement on a new compensation schedule, Contractor may notify the City by certified mail that the company intends to terminate the Contract. Contractor shall continue to provide the services contracted hereunder, undiminished in quantity or quality, for no less than 120 days from the receipt of the written notice, or until the City obtains a new solid waste contractor, whichever occurs first. The City agrees to make every diligent effort to replace the contractor in a prompt manner. On or before a day each month agreed upon by the City and the Contractor, the City shall pay the Contractor the amounts specified herein out of the gross receipts from garbage and trash collection and disposal changes on accounts for the preceding month. The City and Contractor understand and agree that the City shall hold deposits received by the City in connection with its sewer and water services primarily for the purpose of satisfying such sewer and water accounts and that the City shall pay any excess of any such deposits to the Contractor for the,payment of charges made for waste and brush collection and only after satisfying all amounts owing City for such water and sewer services. Solid Waste Contract Page 6 The Contractor shall make no charge for collection and disposal of the garbage and trash accumulated by the City so long as the Contractor can collect such garbage and trash on a regular collection route of the Contractor as established hereunder, it being the intent of this provision to make collection service a part of the consideration by the City for the permit herein granted. 12. INDEMNIFICATION; INSURANCE. The Contractor assumes all risk of loss or injury to property or persons arising from any of its operations under this Agreement and agrees to indemnify and hold harmless the City, its officers, agents and employees, from any and all loss, liability, claims, demands actions or suits of any and every kind and description arising or resulting from any such loss or injury. It is expressly understood that the foregoing provisions shall not in anyway limit the liability of the Contractor. The Contractor agrees to carry insurance as follows: COVERAGE Worker's Compensation Employer's Liability Bodily Injury Liability (except automobile) Property Damage Liability (except automobile) Automobile Bodily Injury Liability Automobile Property Damage Liability Excess Umbrella Liability LIMITS OF LIABILITY Statutory $100,000.00 $500,000.00 each occurrence $1,000,000.00 aggregate $500,000.00 each occurrence $500,000.00 aggregate $500,000.00 each person $1,000,000.00 each occurrence $500,000.00 each occurrence $500,000.00 each occurrence Contractor agrees to carry such insurance with a recognized insurance carrier. Compliance with this section shall be subject to the reasonable approval of the City Attorney. Contractor shall deliver a certificate evidencing such insurance coverage to the City Secretary of the City upon execution thereof and shall contain a provision whereby carrier agrees to provide to the City of Allen notification of any change or termination of insurance. The City retains the right to purchase insurance on behalf of the Contractor and itself should the Contractor fail to maintain an acceptable insurance policy, and to retain the amount of the insurance premiums from amount paid the Contractor. 13. REVOCATION AND DISPOSITION OF ASSETS; TERMINATION FOR CAUSE. a. If at. any time the Contractor shall fail to perform any of the terms, covenants or conditions herein set forth, the City may, after a hearing as prescribed herein, revoke and cancel the permit hereby granted, and the Agreement shall be void. The hearing prerequisites to such Solid Waste Contract Page 7 revocation shall not be held until notice of such hearing has been given to the Contractor by certified mail, addressed to the Contractor at the address shown on the records of the City, and a period of at least ten (10) days has elapsed since the mailing of such notice. The notice shall specify the time and the place of such hearing and shall include the reasons for revocation of such permit and this Agreement. The City Council shall conduct such a hearing in public, and shall allow the Contractor to be present and given full opportunity to answer such charges and allegations set out against the company in the notice. If, after concluding the hearing, the City Council shall determine that the facts presented at the hearing affirm the changes and allegations set forth in the notice, they may revoke and cancel this Agreement and the permit and the same shall be void as of the date of said hearing. b. In the event of strike, Act of God, catastrophe, or any other event that interrupts the efficient collection and disposal of garbage and trash as herein provided, or in the event the City gives notice of cancellation and revocation as provided above, and the Contractor fails or refuses to operate the garbage and trash collection service during the period which the City Council is conducting revocation and cancellation proceedings, the City shall have the right to take immediately possession of all trucks, machinery, equipment and tools used in connection with such service and operate same until such time as the condition which prevented normal operation hereunder ceases to exist. The City shall compensate Contractor for such temporary use of Contractor's trucks, machinery, equipment and tolls, and shall carry insurance coverage for the same in the types of insurance listed in Section 12 of this Agreement above and in a manner consistent with current City policy. The�City shall provide proof of such insurance to the Contractor upon request. C. If the City should revoke and cancel this Agreement under the foregoing provisions, then, at the City's option, the City may purchase all trucks, machinery, equipment and tools used regularly by the Contractor in the performance of this Agreement and shall pay the Contractor the appraised value thereof. A three-member board of appraisers shall determine the appraised value as of the time of such revocation and cancellation. The City and Contractor shall jointly appoint the board of appraisers, as follows: One (1) appraiser shall be named by the city, and the two (2) appraisers so named together shall name a designated person as the third appraiser. Such Board of Appraisers shall, within thirty (30) days after their appointment, appraise such property and make a sworn statement to the City and another copy to Contractor. 14. ASSIGNMENT. Contractor may not assign this contract or any right accruing under this Contract in whole or in part by the Contractor without the express written consent of the City, which consent shall not be unreasonably withheld. In the event of any assignment, the assignee shall assume the liability of the Contract. Solid Waste Contract Page 8 15. OWNERSHIP. The title to refuse shall pass to the Contractor when placed in Contractor's collection vehicle, or removed by Contractor from a customer's premises, whichever first occurs. Refuse deposited at the landfill or transfer station becomes property of the operator of the landfill or transfer station at the time it enters the landfill or transfer station. 16. PERFORMANCE. Contractor and City shall perform this agreement in accordance with all the terms and conditions contained herein and the provisions set forth in the ordinances of the City. The City Manager and his successors in office are hereby appointed to administer this Agreement for and in behalf of the City and to enforce all the provisions and requirements contained herein as well as all provisions and requirements set forth in any ordinance of the City. 17. RIGHT OF INSPECTION. The City hereby reserves the right to inspect and evaluate the Contractor's performance hereunder either on a continuing or random inspection basis. The City from time to time may unilaterally determine which operations are to be evaluated during a particular period. The City, by itself or through an independent third party contractor of its own selection, may evaluate technical performance, including reliability and schedule performance, program management and cost control. The Contractor shall reimburse the City for all reasonable and documentable, out-of-pocket costs and expenses incurred by the City in connection with this inspection and evaluation. 18. BOORS AND RECORDS. The Contractor hereby agrees to maintain, at its local office or principal place of business within the State, adequate books and records relating to the performance of its obligations under this contract. The Contractor agrees to maintain separate records in a form sufficient to identify its investment, revenues and expenses related to its performance under this contract, intending thereby to separate the accounting records of the Allen operation from its other operations. The records of Contractor applicable to its performance under this contract shall be available for inspection by the City at any time during normal working hours. The City may, at any time, cause an audit to be performed by an independent party designated by the City of that portion of the Contractor's books and records relating to its other operations which may be allocated or charged to the Allen operation. The cost of an annual audit pursuant to this provision shall be a reimbursable cost under Section 17 hereof. 17. RIGHT TO REQUIRE PERFORMANCE. The failure of the City at any time to require performance by the Contractor of any provision hereof shall in noway affect the rights of the City thereafter to enforce the same. Nor shall anyone take or hold waiver by the City of any breach of any provision hereof to be a waiver of any provision itself. 18. SEVERABILITY. If any court of competent jurisdiction determines any of the clauses or paragraphs contained herein to be void, such determination shall have no effect on any other clauses or paragraph contained herein. 19. EFFECTIVE DATE. This Contract is to become effective on the 1st day of January, 1987. In this connection, Contractor understands that the City may use the cycle method of billing its customers and that the Contractor will receive Solid Waste Contract Page 9 from the gross receipts for any billing cycle only that portion of such receipts attributable to the length of time that the Contractor has actually serviced accounts billed in that cycle. 20. FORCE MAJEURE. Neither the Contractor nor the City shall be liable for the failure to perform their duties if such failure is caused by a catastrophe, riot, war, governmental order, strike, fire, accident, Act of God or other similar or different contingency beyond the reasonable control of the Contractor or the City. 21. RECYCLING. In recognition of the growing need and desire to reduce the volume of landfilled solid waste, the Contractor and the City agree to the following: a. Nothing in this contract shall prevent the City from planning, constructing, operating or causing any other individual, group, organi- zation or company to plan, construct or operate any program or facility which diverts recyclable materials from the municipal waste stream. b. The City intends to incorporate a recycling program into this contract as soon as the Contractor and the City agree on the terms and conditions of such a program. The City and Contractor now agree that such terms and conditions will include extension of this contract through December 31, 1996. If the two parties cannot agree on the entire set of terms and conditions by June 30, 1991, the City, at its sole option, may notify the Contractor of its intent to terminate this contract effective January 1, 1992. IN WITNESS WHEREOF, the parties hereto have amended and executed this instrument on this o3/ th day of January, 1991. Witn Approved as to form: Don r r�ty At rney BROWNING -FERRIS INDUSTRIES, INC. Tom Replogle, District Manager Solid Waste Contract Page 10 EXHIBIT "An RESIDENTIAL: Residential Single -Family $7.24 Duplex Unit - Per Unit $7.24 Trailer Park - Per Unit $7.24 COMMERCIAL: Hand Collection (two pickups per week) Less than five (5) 30 -gallon bags per week $12.50 Five (5) to eight (8) 30 -gallon bags per week $26.00 Nine (9) to twelve (12) 30 -gallon bags per week $35.00 Special Collections: $1.00 per minute ($10.00 minimum) Delivery and Exchange $40.00 2 cu. yd., one time per week $29.50 two times per week $50.51 3 cu. yd., one time per week $39.70 two times per week $64.05 three -times per week $87.15 4 cu. yd., one time per week $47.25 two times per week $84.68 three times per week $124.95 four times per week $152.17 6 cu. yd., one time per week $61.95 two times per week $103.95 three times per week $162.95 four times per week $220.50 five times per week $283.50 six times per week $351.75 8 cu. yd., one time per week $80.33 two times per week $144.38 three times per week $213.88 four times per week $290.33 five times per week $341.25 six times per week $404.25 Extra pickups: 3 and 4 cu. yd. containers $22.08 6 and 8 cu. yd. containers $26.43 Refills: 3 and 4 cu. yd. containers $19.90 6 and,8 cu. yd. containers $22.08 OTHER CHARGES Compactor containers: Delivery and Exchange $50.00 Rent - all sizes $4.75 per day 6 cu. yds. $27.52 per load 8 cu. yds. $36.22 per load 30 cu. yds. $89.00 per load Plu$ $14.00 per ton 42 cu. yds. $89.00 per load Plus $14:00 per ton Roll -off containers: Delivery and Exchange $50.00 Rent $4.75 per day 30 cu. yds. $140.00 per load Plus $14.00 per ton Tires $5.00 each Dead Animals (Dogs and Cats only) $6.00 each Gates and Enclosures (when driver must open) $5.00 each occurence ($25.00 maximum per month) Provide Hasps $35.00 one time Returned Check Charge $15.00